Tender

Commercial Systems Procurement - Lot D: Supply Chain Risk Management System

NUCLEAR DECOMMISSIONING AUTHORITY

This public procurement record has 1 release in its history.

Tender

26 Jan 2022 at 23:42

Summary of the contracting process

The Nuclear Decommissioning Authority is currently undertaking a tender process for the "Commercial Systems Procurement – Lot D: Supply Chain Risk Management System." This procurement falls under the software package and information systems category, with a total value of £750,000. Located at Westlakes Science and Technology Park in Cumbria, the tender is active and follows an open procurement method. The submission deadline for tenders is set for 9 March 2022, with an initial contract term of 48 months, potentially extendable by two further optional 24-month periods.

This tender presents significant business growth opportunities, particularly for firms specialising in software development, supply chain solutions, and risk management systems. Companies capable of integrating their solutions with existing systems and those with a strong understanding of the nuclear sector's unique requirements will find themselves well-positioned to compete. By providing services that enhance supply chain mapping and risk management, businesses can potentially engage with the Nuclear Decommissioning Authority and its affiliated entities involved in the management of the UK's nuclear decommissioning programme.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Commercial Systems Procurement - Lot D: Supply Chain Risk Management System

Notice Description

This procurement is for the Lot D: Supply Chain Risk Management System. This system will facilitate supply chain mapping, supply chain risk identification and supply chain risk management. It will take inputs from other systems in the Project Victory suite along with inputs directly from our supplier base and other external sources. The system will support the import and export of data via Application Programme Interfaces between our Lot A: Source-to-Contract System (Atamis 3.0), our Lot B: Market and Supplier Intelligence Systems, Lot E: Microsoft Power BI analytics platform and other external sources.

Lot Information

Lot 1

The Nuclear Decommissioning Authority (NDA) has established an NDA group-wide project, "Project Victory", to replace expiring contracts and significantly enhance the group's current commercial IT systems capability and associated ways of working. The new systems suite will cover all aspects of how we manage our PS1.9bn annual supply chain spend including: our procurement pipelines, sourcing, contracts, commercial benefits and savings tracking, identifying and managing supply chain risk, and strategic supplier relationship management. This procurement is for the Lot D: Supply Chain Risk Management System. This system will facilitate supply chain mapping, supply chain risk identification and supply chain risk management. It will take inputs from other systems in the Project Victory suite along with inputs directly from our supplier base and other external sources. The system will support the import and export of data via Application Programme Interfaces between our Lot A: Source-to-Contract System (Atamis 3.0), our Lot B: Market and Supplier Intelligence Systems, Lot E: Microsoft Power BI analytics platform and other external sources. The new systems are being procured, contracted for, or built by NDA in five parts, referred to hereafter as lots: * Lot A: Source-to-Contract System - Atamis 3.0; (Purchased) * Lot B: Market and Supplier Intelligence - Dun & Bradstreet, RapidRatings, IbisWorld, ROC; (Purchased) * Lot C: End-to-End Contract Management System; (To be Published Feb 2022) * Lot D: Supply Chain Risk Management System - this lot; * Lot E: Analytics, Reporting and Dashboarding System - Microsoft Power BI. (Developed in-house) Service recipients: The recipients of the services provided under this contract are: (a) the contracting authority; (b) Sellafield Ltd (company number 01002607); (c) Low Level Waste Repository Ltd (company number 05608448); (d) Magnox Ltd (company number 02264251); (e) Dounreay Site Restoration Ltd (company number SC307493); (f) International Nuclear Services Ltd (company number 01144352); (g) Direct Rail Services Ltd (company number 03020822) (h) Radioactive Waste Management Ltd (company number 08920190); (i) National Nuclear Laboratory Ltd (company number 03857752). The contracting authority reserves the right to provide the services under the contract to the following services recipients on an optional basis: (j) any other UK public sector contracting authority that delivers services to the UK in respect of the nuclear decommissioning programme; and (k) any person that is owned or controlled by the Department for Business, Energy and Industrial Strategy, the contracting authority or any of the entities listed at paragraphs (a) to (j) above; (l) and any successor bodies thereto that perform any of the functions previously performed by any of the foregoing bodies. Please note the initial term is for 48 months with a value of up to PS750,000. With two further 24 month optional extensions that are to be taken at the sole discretion of the NDA. Additional information: Any submissions received after the time limit for receipt of tenders shall not be accepted.

Renewal: An optional requirement in this tender is for continued service and support following the initial contract term, there are two further 24 month optional extensions that are to be taken at the sole discretion of the NDA.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-030fde
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002373-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48000000 - Software package and information systems

Notice Value(s)

Tender Value
£750,000 £500K-£1M
Lots Value
£750,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Jan 20224 years ago
Submission Deadline
9 Mar 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NUCLEAR DECOMMISSIONING AUTHORITY
Contact Name
Stephen Peters
Contact Email
stephen.peters@nda.gov.uk
Contact Phone
+44 7514622996

Buyer Location

Locality
CUMBRIA
Postcode
CA24 3HU
Post Town
Carlisle
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD1 Cumbria
Small Region (ITL 3)
TLD13 Cumberland
Delivery Location
Not specified

Local Authority
Cumberland
Electoral Ward
Egremont North and St Bees
Westminster Constituency
Whitehaven and Workington

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-030fde-2022-01-26T23:42:28Z",
    "date": "2022-01-26T23:42:28Z",
    "ocid": "ocds-h6vhtk-030fde",
    "description": "Please see associated procurement documents via link https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15477&B=SELLAFIELD",
    "initiationType": "tender",
    "tender": {
        "id": "NDA9/00975",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Commercial Systems Procurement - Lot D: Supply Chain Risk Management System",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "48000000",
            "description": "Software package and information systems"
        },
        "mainProcurementCategory": "goods",
        "description": "This procurement is for the Lot D: Supply Chain Risk Management System. This system will facilitate supply chain mapping, supply chain risk identification and supply chain risk management. It will take inputs from other systems in the Project Victory suite along with inputs directly from our supplier base and other external sources. The system will support the import and export of data via Application Programme Interfaces between our Lot A: Source-to-Contract System (Atamis 3.0), our Lot B: Market and Supplier Intelligence Systems, Lot E: Microsoft Power BI analytics platform and other external sources.",
        "value": {
            "amount": 750000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Nuclear Decommissioning Authority (NDA) has established an NDA group-wide project, \"Project Victory\", to replace expiring contracts and significantly enhance the group's current commercial IT systems capability and associated ways of working. The new systems suite will cover all aspects of how we manage our PS1.9bn annual supply chain spend including: our procurement pipelines, sourcing, contracts, commercial benefits and savings tracking, identifying and managing supply chain risk, and strategic supplier relationship management. This procurement is for the Lot D: Supply Chain Risk Management System. This system will facilitate supply chain mapping, supply chain risk identification and supply chain risk management. It will take inputs from other systems in the Project Victory suite along with inputs directly from our supplier base and other external sources. The system will support the import and export of data via Application Programme Interfaces between our Lot A: Source-to-Contract System (Atamis 3.0), our Lot B: Market and Supplier Intelligence Systems, Lot E: Microsoft Power BI analytics platform and other external sources. The new systems are being procured, contracted for, or built by NDA in five parts, referred to hereafter as lots: * Lot A: Source-to-Contract System - Atamis 3.0; (Purchased) * Lot B: Market and Supplier Intelligence - Dun & Bradstreet, RapidRatings, IbisWorld, ROC; (Purchased) * Lot C: End-to-End Contract Management System; (To be Published Feb 2022) * Lot D: Supply Chain Risk Management System - this lot; * Lot E: Analytics, Reporting and Dashboarding System - Microsoft Power BI. (Developed in-house) Service recipients: The recipients of the services provided under this contract are: (a) the contracting authority; (b) Sellafield Ltd (company number 01002607); (c) Low Level Waste Repository Ltd (company number 05608448); (d) Magnox Ltd (company number 02264251); (e) Dounreay Site Restoration Ltd (company number SC307493); (f) International Nuclear Services Ltd (company number 01144352); (g) Direct Rail Services Ltd (company number 03020822) (h) Radioactive Waste Management Ltd (company number 08920190); (i) National Nuclear Laboratory Ltd (company number 03857752). The contracting authority reserves the right to provide the services under the contract to the following services recipients on an optional basis: (j) any other UK public sector contracting authority that delivers services to the UK in respect of the nuclear decommissioning programme; and (k) any person that is owned or controlled by the Department for Business, Energy and Industrial Strategy, the contracting authority or any of the entities listed at paragraphs (a) to (j) above; (l) and any successor bodies thereto that perform any of the functions previously performed by any of the foregoing bodies. Please note the initial term is for 48 months with a value of up to PS750,000. With two further 24 month optional extensions that are to be taken at the sole discretion of the NDA. Additional information: Any submissions received after the time limit for receipt of tenders shall not be accepted.",
                "value": {
                    "amount": 750000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "An optional requirement in this tender is for continued service and support following the initial contract term, there are two further 24 month optional extensions that are to be taken at the sole discretion of the NDA."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Westlakes Science and Technology Park."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15477&B=SELLAFIELD",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Please refer to Procurement Documents via the link provided.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Please refer to Procurement Documents via the link provided.",
                    "minimum": "Please refer to Procurement Documents via the link provided.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Please refer to Procurement Documents via the link provided.",
                    "minimum": "Please refer to Procurement Documents via the link provided.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Please refer to Procurement Documents via the link provided.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-03-09T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-09-05T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2022-03-09T12:00:00Z"
        },
        "bidOpening": {
            "date": "2022-03-09T12:00:00Z"
        },
        "hasRecurrence": false,
        "reviewDetails": "Precise information on deadline(s) for review procedures: Any appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers."
    },
    "parties": [
        {
            "id": "GB-FTS-42192",
            "name": "Nuclear Decommissioning Authority",
            "identifier": {
                "legalName": "Nuclear Decommissioning Authority",
                "id": "01002607"
            },
            "address": {
                "streetAddress": "Herdus House Westlakes Science and Technology Park Moor Row",
                "locality": "Cumbria",
                "region": "UK",
                "postalCode": "CA24 3HU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Stephen Peters",
                "telephone": "+44 7514622996",
                "email": "stephen.peters@nda.gov.uk",
                "url": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15477&B=SELLAFIELD"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://gov.uk/nda",
                "buyerProfile": "https://gov.uk/nda",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Nuclear Decommissioning"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-439",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ],
            "details": {
                "url": "http://www.justice.gov.uk"
            }
        },
        {
            "id": "GB-FTS-30085",
            "name": "Nuclear Decommissioning Authority",
            "identifier": {
                "legalName": "Nuclear Decommissioning Authority"
            },
            "address": {
                "streetAddress": "Herdus House Westlakes Science and Technology Park Moor Row",
                "locality": "Cumbria",
                "postalCode": "CA24 3HU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 07514622996",
                "email": "CommercialSystemsProcurement@nda.gov.uk"
            },
            "roles": [
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://gov.uk/nda"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-42192",
        "name": "Nuclear Decommissioning Authority"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:438562-2019:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}